Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
MODIFICATION

73 -- Industrial Kitchen Equipment - Amendment 2

Notice Date
8/8/2017
 
Notice Type
Modification/Amendment
 
NAICS
332215 — Metal Kitchen Cookware, Utensil, Cutlery, and Flatware (except Precious) Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for New Hampshire, 1 Minutemen Way, Concord, New Hampshire, 03301-5652, United States
 
ZIP Code
03301-5652
 
Solicitation Number
W912TF-17-T-0034
 
Archive Date
9/2/2017
 
Point of Contact
Sean M Connolly, Phone: 6032251226, William J. Cole, Phone: 6032271445
 
E-Mail Address
sean.m.connolly1.mil@mail.mil, William.j.cole68.mil@mail.mil
(sean.m.connolly1.mil@mail.mil, William.j.cole68.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW RFI Bill of Materials UPDATED: 1.SOW 2. BoM 3. RFI 4. Responce Date This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number W912TF-17-T-0034 is issued as a request for quotation (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95. This solicitation is set aside for 100% total Small Business. NAICS: 332215.Small Business Size Standard: 750. The Government intends to issue a firm fixed price contract for the acquisition of Industrial Kitchen equipment with installation for four locations throughout New Hampshire. Quotations shall be good for 45 days. Partial quotes will not be considered. Recommended Site Visit date: 25JUL17 Time: 0900 Locations: 1: Hillsborough Readiness Center, 140 West Main St, Hillsborough NH 03244(meet here at 0900) 2: Franklin Readiness Center, 300 South Main St, Franklin NH 03235 3: Somersworth Readiness Center, 15 Blackwater Rd NH 03878 4: Portsmouth Readiness Center, 803 McGee Drive NH, 03801 Total Drive time: 2 Hours 33 Minutes, 15 minute check in, 30 minutes at each location for a total time of: 6hrs 48mins {https://www.google.com/maps/dir/140+West+Main+Street,+Hillsboro,+New+Hampshire/300+South+Main+Street,+Franklin,+NH/15+Blackwater+Rd,+Somersworth,+NH+03878/803+McGee+Dr,+Portsmouth,+NH+03801/@43.2528213,-71.6174842,10z/data=!3m1!4b1!4m26!4m25!1m5!1m1!1s0x89e22632d3d3671f:0x1905c1228dd2862a!2m2!1d-71.9042193!2d43.1096752!1m5!1m1!1s0x89e20bf6455637f3:0x70f5cdbdc4122b2b!2m2!1d-71.6517555!2d43.4330794!1m5!1m1!1s0x89e299bec6ae88ab:0x84aaba4c86393734!2m2!1d-70.8784867!2d43.2476945!1m5!1m1!1s0x89e2bfbb92745f43:0x38c68497b72c5858!2m2!1d-70.7802377!2d43.0835709!3e0?hl=en} RFI Due by: 27JUL17, responses provided NLT: 2AUG17 Note: It is the responsibility of the prospective contractor to conduct their own room measurements and develop their own design and installation plan for Electrical and Plumbing subs. The site visit will be the only opportunity conduct measurements on look at plumbing and electrical needs. If you are planning to attend, you must send an e-mail to sean.m.connolly1.mil@mail.mil and william.j.cole68.mil@mail.mil as notification of your interest in the site visit. Notify by 19JUL17 Offers are due no later than: 18AUG17, 5:00 p.m. EST CLIN 0001: Design Description: The contractor shall provide a design (in PDF format) based off the Bill of Materials products and drawings CLIN 0002: Industrial Kitchen Equipment Description: Quote all products in "Bill of Material" brand name or equal Note: Lines 30, 31 and 32 are OPTION items and will be actioned on the availability of funds. CLIN 0003: Installation Description: IAW with the SOW, the contractor shall install all industrial kitchen equipment and connect to existing infrastructure IAW with NH codes for electrical and plumbing. The contractor is responsible for connecting the equipment to existing infrastructure and not running new plumbing or electrical. Note: it is the responsibility of the contractor to coordinate with sub. It is recommended that subs conduct the site visit to ensure quotes are based of existing infrastructure. Contact Sean Connolly,Sean.m.connoll1.mil@mail.mil, 603-225-1226 for information regarding the solicitation.. The offeror shall complete only paragraphs (b) of the provision at FAR 52.212-3 if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. Provisions & Clauses Incorporated by Reference 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. (in all solicitations and contracts of $25,000 or more.) 52.204-16 --Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal. (For Brand Name or Equal purchase) 52.212-1 Instructions to Offerors- Commercial Items. 52.212-3 Offeror Representations and Certifications-Commercial Items 52.217-4 Evaluation of Options Exercised at Time of Contract Award 52.217-5 Evaluation of Options 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post-Award Small Business Program Representation. 52.237-1 Site Visit 52.212-4 Contract Terms and Conditions--Commercial Items. 52.217-6 Option for Increased Quantity. 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. (For supplies) 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers With Disabilities 52.222-50 Combating Trafficking in Persons. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases.3 52.232-18 Availability of funds 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. (in solicitations and contracts for services to be performed on Government installations, unless a construction contract is contemplated. 52.247-34 -- F.o.b. - Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product. 252.204-7004 Alternate A, System for Award Management. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.211-7003 Item unique identification and valuation 252.213.7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.215-7007 Notice of Intent to Resolicit 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.223-7008 Prohibition of Hexavalent Chromium. 252.225-7000 Buy American--Balance of Payments Program Certificate--Basic 252.225-7001 Buy American and Balance of Payments Program. 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments Program Certificate--Basic 252.225-7048 Export-Controlled Items. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 Levies on Contract Payments. 252.244-7000 Subcontracts for Commercial Items. 52.212-2 -- Evaluation -- Commercial Items. Evaluation -- Commercial Items (Oct 2014) Trade Off (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; Prospective contractors responsible quote shall be determined on the design submitted which shall includ all products listed in the "bill of Materials". If quoting "or equal" product, it is the responsibility of the contractor to provide HOW the quotes product meets the Salient Characteristics in "bill of materials" Salient Characteristics tab, column E. Failure to provide the requested information shall be considered non-responsive. (ii) Price; Price analysis shall be conducted on all offerors total and line item costs for realism, and comparison to historical data and catalog pricing. Offerors CLIN structure shall be price IAW with the line items above with a total. Additionally, offerors will fill in column E in "bill of materials" excel document under "BoM" tab. Cell 39B shall include installation percentage. (iii) Past Performance: Offerors will provide three relevant jobs with Points of Contact, contract number(if applicable) price and location within the past three(3) years. Additionally, offerors data shall be pulled in "federal awardee performance and integrity information system". Technical and past performance, when combined, are equal to price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3 Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. (End of Provision) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-1 -- Small Business Program Representations. Small Business Program Representations (Oct 2014) (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (b) of this provision. "Small disadvantaged business concern, consistent with 13 CFR 124.1002," means a small business concern under the size standard applicable to the acquisition, that-- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition. "Veteran-owned small business concern" means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b) (1) The North American Industry Classification System (NAICS) code for this acquisition is _________________________ [insert NAICS code]. (2) The small business size standard is _____________ [insert size standard]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (c) Representations. (1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that is [_] is, [_] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that - (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Provision) 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): 52.252-6 _____________________________________________________________________ _____________________________________________________________________ (End of Provision) 252.204-7011 Alternative Line Item Structure. ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) (a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample line item structure and a proposed alternative structure are as follows: Solicitation: ITEM NO. SUPPLIES/SERVICE QUANTITY UNIT UNIT PRICE AMOUNT 0001 Computer, Desktop with CPU, Monitor, Keyboard and Mouse 20 EA Alternative line item structure offer where monitors are shipped separately: ITEM NO. SUPPLIES/SERVICE QUANTITY UNIT UNIT PRICE AMOUNT 0001 Computer, Desktop with CPU, Keyboard and Mouse 20 EA 0002 Monitor 20 EA (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27/W912TF-17-T-0034/listing.html)
 
Place of Performance
Address: See SOW: 4 locations, New Hampshire, United States
 
Record
SN04617758-W 20170810/170808232322-ca646a147dc320c5b78e6c10ed9985d9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.